Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
Telephone
+44 1412013591
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
https://www.nhsggc.org.uk/about-us/procurement/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Therapeutic Services
Reference number
GGC0619
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
Specialist Children’s Services are seeking an organisation to provide therapeutic services to improve the mental health, relationships, functioning and well-being of children and families affected by issue relating to neglect, trauma and family breakdown.
two.1.5) Estimated total value
Value excluding VAT: £575,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow and Clyde Board area
two.2.4) Description of the procurement
Specialist Children’s Services are seeking an organisation to provide therapeutic services to improve the mental health, relationships, functioning and well-being of children and families affected by issue relating to neglect, trauma and family breakdown.
The successful bidder will provide a service for those children 12 years and under who do not meet the criteria for on-going Tier 3 Child and Adolescent Mental Health Services (CAMHS) as decided by the Mental Health Clinician conducting the first mental health assessment but where there are concerns about the child’s well-being, relationships and social functioning.
The service will be provided to Children and their families across the NHS Greater Glasgow and Clyde (NHSGGC) Board area.
Further information can be found in the specification document uploaded to PCS-Tender.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Cost criterion - Name: Commercial / Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £575,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 4 x 12 month periods
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to ESPD question 4B.6 – NHSGG&C will use its financial evaluation matrix which can be uploaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question. Failure to achieve a score of 50 or failure to provide this information will result in your tender being rejected. Tenderers should be able to provide financial accounts when requested by NHSGG&C. If a minus or 0GBP turnover applies, please include your last 3 years financial accounts to allow your financial validity to be evidenced. Should this not be available or should this show financial instability of the organisation, this may result in a fail.
Minimum level(s) of standards possibly required
With reference to ESPD question 4B.5.1b It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m
With reference to ESPD question 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to ESPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver this service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrate experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of the template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2 of the qualification envelope on PCS-Tender. This is a pass/fail question. Failure to provide examples will result in your tender being rejected. Failure to provide examples that demonstrate relevant experience will result in your tender being rejected.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 July 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 July 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18682. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A non-scored question will be added as follows:
Bidders must demonstrate how they propose to deliver any social, economic and environmental benefits as set out in Document 13 and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not be limited to: procedures and protocols, staff responsibilities, management information statistics
(SC Ref:657314)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom